bureau of fire protectionregion1.bfp.gov.ph/wp-content/uploads/2016/10/7.-rescue-equipment... ·...
TRANSCRIPT
Republic of the Philippines
BUREAU OF FIRE PROTECTION
Region 1
Bids and Awards Committee
BFP Regional Office 1, Patac, Sto. Tomas, La Union
Tel. Nos. (072) 603-0097; Telefax No. (072) 687-0763
Email add: [email protected] or [email protected]
Website: region1.bfp.gov.ph
INVITATION TO BID
The Bureau of Fire Protection Region 1 (BFP R-1) invites interested parties to submit bids for the
following under Bid No. 2016-09-21.
Item End-User Approved Budget
Procurement of Rescue
Equipment, CY 2016 BFP Region 1 Php 558,000.00
All bids are subject to the terms, conditions, and instructions of this invitation. Bids received in
excess of the ABC shall be automatically rejected at bid opening.
Required delivery date or expected contract duration is 30 calendar days upon receipt of Notice to
Proceed or as indicated in the attached bid form.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary
“pass/fail” criterion as specified in the Revised Implementing Rules and Regulations (IRR) of Republic
Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.
Bidders should have completed, within TWO (2) years from the date of submission and receipt of bids,
a contract similar to the Project. Reputable and bona fide bidders should secure bid documents and
the checklist of qualification requirements from the Bids and Awards Committee Secretariat Office
or may download them either from BFP Region 1 website (region1.bfp.gov.ph) or PhilGEPS
(https://www.philgeps.gov.ph/GEPS). A nonrefundable bidding fee of P1,000.00 shall be collected
from the bidder payable upon securing of documents from BAC-Sec Office or on the day of
submission/opening of bids. Soft copy of the bid form may be requested through
[email protected] or [email protected].
SCHEDULE OF ACTIVITIES DATE/TIME PLACE
1. Issuance of Bid Documents Starts Oct. 17, 2016 / 9:00 A.M.
to 4:30 P.M.
BAC Secretariat Office 2. Pre-Bid Conference -
3. Submission of Bids Oct. 24, 2016 / 9:00 A.M.
4. Opening of Bids Oct. 24, 2016 / 10:00 A.M.
Bids will be opened in the presence of bidders’ representatives who choose to attend the bidding.
Late bids shall not be accepted.
The Bureau of Fire Protection Region 1 asumes no responsibility whatsoever to compensate or
indemnify bidders for any expenses incurred in the preparation of their bids.
The Bureau of Fire Protection Region 1 reserves the right to accept or reject any bid, to annul the
bidding process, and to reject all bids at any time prior to contract award, without thereby incurring
any liability to the affected bidder or bidders.
SIGNED
SUPT ERNESTO F GANDIA
Chairperson, BAC
INSTRUCTIONS TO BIDDERS
1. PREPARATION OF BIDS
A. Language of Bid
The bid, as well as all correspondence and documents relating to the bid exchanged by
the Bidder and the Procuring Entity, shall be written in English. Supporting documents
and printed literature furnished by the Bidder may be in another language provided they
are accompanied by an accurate translation in English certified by the appropriate
embassy or consulate in the Philippines, in which case the English translation shall
govern for purposes of interpretation of the bid.
B. Documents Comprising the Bid:
During the opening of bids, bidders shall submit two (2) legal size envelopes. The first
envelope (Brown legal size envelope) shall contain the following eligibility and technical
documents:
B. 1. Eligibility Documents
Class “A” Documents:
a. Registration certificate from the Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative
Development Authority (CDA) for cooperatives, or any proof of such registration;
b. Mayor’s permit issued by the city or municipality where the principal place of
business of the prospective bidder is located;
c. Statement of all its ongoing and completed government and private contracts
within two years, including contracts awarded but not yet started, if any, or a single
contract that is, equivalent to at least fifty percent (50%) of the ABC within two (2)
years from the date of submission and receipt of bids a. The statement shall include,
for each contract, the following: name of the contract; date of the contract; kinds of
Goods; amount of contract and value of outstanding contracts; date of delivery; and
end-user’s acceptance or official receipt(s) issued for the contract, if completed;
d. Audited financial statements, stamped “received” by the Bureau of Internal
Revenue (BIR) or its duly accredited and authorized institutions, for the preceding
calendar year, which should not be earlier than two (2) years from bid submission;
e. Tax Clearance per Executive Order 398, Series of 2005; as finally reviewed and
approved by the BIR; valid up to the date of the opening of the bids;
f. NFCC computation or CLC;
Or
f. Certificate of Submission of Eligibility Requirements (For Supplies) - If a Bidder has
previously secured a certification from the Bureau of Fire Protection Region 1 (BFP
R-1) to the effect that it has previously submitted the above-enumerated Class “A”
Documents. The said certification may be submitted in lieu of the requirements
enumerated above.
And
Class “B” Document:
g. If applicable, the Joint Venture Agreement in case the joint venture is already in
existence, or duly notarized statements from all the potential joint venture partners
stating that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful .
B. 2. Technical Documents
h. Bid security (original copy and two (2) photocopies of the official receipt)
i. Authority of signatory/representative (if the person attending the public bidding is
not the owner or president of the company)
j. Any other document related to the financial component of the bid such as
brochures/manuals/illustration/catalogues/literatures/plan/certification/ warranty/
samples (if applicable) -2 copies each, indicate Lot No. and Item No., company name
The second envelope (Brown legal size envelope) or financial component of the bid shall
contain the following:
a. The duly accomplished Financial Bid Form showing the price quotation. All bids
that exceed the ABC shall not be accepted.
If the first envelope lacks the above stated requirements, the second envelope will be
returned to the bidder unopened. Necessary documents such as brochures, catalogues,
illustrations, etc. should be provided and labeled properly. Bidders submitting incomplete
bid documents will be disqualified. The bid must be legibly written in the prescribed Bidder’s
Tender Form. In case the bid is illegible, the determination of the BAC will be final. All
erasures shall be countersigned. The bid form must be fully accomplished. For common
items in several lots, the price quotation for such items should be consistent. If an item is
not available, please type “NA”. Technical specifications (e.g. brand, model no., dimensions,
country of origin, etc.) must be written in the bid form even if it is of the same specification
stated in the item description. Using statements such as “As Specification/ Requirement"
should be avoided. No entry should be left blank. In case of discrepancy between amount in
figures and amount in words, the latter will prevail.
C. Alternative Bids
Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made
by a Bidder in addition or as a substitute to its original bid which may be included as
part of its original bid or submitted separately therewith for purposes of bidding. A
bid with options is considered an alternative bid regardless of whether said bid
proposal is contained in a single envelope or submitted in two (2) or more separate
bid envelopes.
D. Bid Prices
The Bidder shall complete the appropriate Price Schedules included herein, stating
the unit prices, total price per item, the total amount and the expected countries of
origin of the Goods to be supplied under this Project.
The Bidder shall fill in rates and prices for all items of the Goods described in the Bill
of Quantities. Bids not addressing or providing all of the required items in the
Bidding Documents including, where applicable, Bill of Quantities, shall be
considered non-responsive and, thus, automatically disqualified. In this regard,
where a required item is provided, but no price is indicated, the same shall be
considered as non-responsive, but specifying a "0" (zero) for the said item would
mean that it is being offered for free to the Government.
Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the
contract and not subject to variation or price escalation on any account. A bid
submitted with an adjustable price quotation shall be treated as non-responsive and
shall be rejected.
E. Bid Currencies
Prices shall be quoted in Philippine Pesos.
F. Bid Validity
Bids shall remain valid for and shall not exceed one hundred twenty (120) calendar
days from the date of the opening of bids.
G. Bid Security
Bidders are required to submit a bid bond** which is in the same currency as the bid
in the amount stated below:
Form of Bid Security Amount of Bid Security (Equal to
Percentage of the ABC)
Cash or cashier’s/manager’s check issued
by a Universal or Commercial Bank.
Two percent (2%)
Bank draft/guarantee or irrevocable letter
of credit issued by a Universal or
Commercial Bank: Provided, however,
that it shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a foreign
bank.
Surety bond callable upon demand issued
by a surety or insurance company duly
certified by the Insurance Commission as
authorized to issue such security.
Five percent (5%)
Any combination of the foregoing. Proportionate to share of form with
respect to total amount of security
Bid Securing Declaration No percentage required
Bidders shall pay directly to the Cashier’s Office the required bid amount before the opening of bids.
The original receipt together with a photocopy of it shall be included in the first envelope. After the
opening of bids the original copy of the receipt shall be returned to the bidder.
**The required amount of bid bond shall be 2% or 5% of the approved budget for the entirety of
the lot/s being bid on, whether or not the bidder intends to bid for all items in such lot/s. Hence, if a
bidder intends to bid for only 1 item in a lot of 3 items, he will still have to submit a bid bond based
on all 3 items in the lot. The equivalent bid bond/s for all lots being bid on are then summed up to
get the total bid bond that needs to be posted by the bidder, duly reflected in the corresponding
summary sheet for computation of bid bond and enclosed in the technical envelope.
Example: Lot
#
Item
#
End-User Qty UOM Item
Description
Estimated
Unit Cost
Estimated
Total Cost
Requires
Brochure/
Manual?
Specifications
Offered by
the Bidder
Unit
Cost
Total
Cost
1 1 A Fire
Station
1 unit Xxx 20,000.00 20,000.00 Yes NA
2 2 units Yyy 20,000.00 40,000.00 Yes NA 15,800.00 31,600.00
3 1 unit Zzz 20,000.00 20,000.00 Yes NA
PR #
=
2015-12-
08
Approved
Budget = 80,000
Total
Bid = 31,600.00
Bid Bond for Lot # 1 is 2% of Approved Budget = 2% of P80,000.00= P1,600.00
If posted in the form of Cashier’s/Manager’s Check, the bid bond shall be in the name of Bureau
of Fire Protection Region 1 must be issued by a bank which has branches in La Union. No bid
securities shall be returned to bidders after the opening of bids and before contract signing,
except to those that failed or declared as post-disqualified, upon submission of a written waiver
of their right to file a motion for reconsideration and/or protest. Without prejudice on its
forfeiture, bid securities shall be returned only after the bidder with the Lowest Calculated and
Responsive Bid has signed the contract and furnished the performance security, but in no case
later than the expiration of the bid security validity period.
H. Format and Signing of Bids
Bidders shall submit their bids through their duly authorized representative using
the appropriate forms on or before the deadline specified in the invitation in two (2)
separate sealed bid envelopes, and which shall be submitted simultaneously.
Forms must be completed without any alterations to their format, and no substitute
form shall be accepted. All blank spaces shall be filled in with the information
requested.
The Bidder shall prepare and submit an original of the first and second envelopes.
The bidder or his duly authorized representative must sign all pages of the bid
documents. Affix the complete signature, not initials, on all pages.
I. Sealing and Marking of Bids
Bidders shall enclose their original eligibility and technical documents in one sealed
envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their
financial component in another sealed envelope marked “ORIGINAL - FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.
All envelopes shall bear the following information:
a. Title of the bid in capital letters; date of submission/ opening of bids;
b. Name and address of the Bidder in capital letters;
c. Must be addressed to the Chair, BAC, BFP Region 1;
d. Specific identification of this bidding process ; and
e. written warning “DO NOT OPEN BEFORE…” the date and time for the opening of
bids,
If bids are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of the bid.
2. DEADLINE FOR SUBMISSION OF BIDS
Bids must be received by the Procuring Entity’s BAC at the address and on or before the date
and time indicated in the invitation. In case the bidder does not intend to witness the
opening of bids, he may submit the first and second envelopes before bid opening at the
BAC Secretariat Office, making sure that both envelopes are sealed and signed across the
envelope flaps. These envelopes shall be stamped received by the BAC Secretariat indicating
date and time submitted and name of company representative who submitted the bid
documents.
3. LATE BIDS
Any bid submitted after the deadline for submission and receipt of bids prescribed by the
Procuring Entity, shall be declared “Late” and shall not be accepted by the Procuring Entity.
4. MODIFICATION AND WITHDRAWAL OF BIDS
A bidder may modify its bid, provided that this is done before the deadline for the
submission and receipt of bids. A bidder shall not be allowed to retrieve its original bid, but
shall only be allowed to send another bid equally sealed, properly identified, linked to its
original bid and marked as a “modification” and stamped “received” by the BAC. Bid
modifications received after the applicable deadline shall not be considered and shall be
returned to the Bidder unopened.
A bidder may, through a letter, withdraw its bid before the deadline for the receipt of bids.
No bid may be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form.
Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid
security. Withdrawal of bids after the applicable deadline shall be subject to appropriate
sanctions as prescribed in the implementing guidelines of the R.A. 9184.
5. EVALUATION AND COMPARISON OF BIDS
Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s decision in
respect of bid evaluation, bid comparison or contract award will result in the rejection of the
Bidder’s bid.
Criteria For Evaluation
a. Completeness and compliance/conformity of the submitted bid documents
including necessary supporting documents such as brochures, certificates,
catalogue, illustrations, etc.
b. Responsiveness of bids to the tender documents based among other
considerations, on the following:
• The bid offer
• Quality, sufficiency and necessity of product/service being offered
• Compliance with government regulations
• Background, past performance and number of years in the industry (at least two
years) of the bidders.
Per Lot Bidding
The bids will be evaluated on a per lot basis. In case no qualified bid for the lot is
received, the bids will be evaluated on per item basis.
Among per lot bids, the bidder who submits the lowest responsive bid shall be
awarded the contract. A bidder who separately submits bids for both the lot and for
some (but not all) individual items in the same lot shall be deemed to have
submitted only the per lot bid. On the other hand, should a bidder submit two
separate bids with different amounts, one for the lot and the other for all individual
items within the same lot, he shall be deemed to have submitted a per lot bid
equivalent to the lower amount between the lot bid so submitted and the sum of all
individual item bids made for the said lot.
Items bid out per lot shall be awarded to the winning bidder under only one (1)
contract for the entire lot. The bidder is warned that violation of any bidding rule
with respect to an item in the lot shall be deemed a violation of the terms pertaining
to the entire lot.
The Bureau reserves the right to make the appropriate determination of preference
among bids as may best suit its purposes.
Bids shall be evaluated on an equal footing to ensure fair competition. For this
purpose, all bidders shall be required to include in their bids the cost of all taxes,
such as, but not limited to, value added tax (VAT), income tax, local taxes, and other
fiscal levies and duties which shall be itemized in the bid form and reflected in the
detailed estimates. Such bids, including said taxes, shall be the basis for bid
evaluation and comparison. Prices being offered are considered net and include
government taxes, import fees and/or duties, if any, and all incidental expenses,
including freight charge. The contractor shall certify and agree that, if for any reason
or another, it secures a waiver or refund of all or any portion of the said taxes, fees,
etc. the refund or waiver obtained shall be paid back to BFP Region 1.
6. POST QUALIFICATION
The Procuring Entity shall determine to its satisfaction whether the Bidder that is
evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is
responsive to all the requirements and conditions. The determination shall be based
upon an examination of the documentary evidence of the Bidder’s qualifications
submitted as well as other information as the Procuring Entity deems necessary and
appropriate, using a non-discretionary “pass/fail” criterion.
If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the
criteria for post-qualification, it shall declare the said bid as the Lowest Calculated
Responsive Bid, and recommend to the Head of the Procuring Entity the award of
contract to the said Bidder at its submitted price or its calculated bid price,
whichever is lower. A negative determination shall result in rejection of the Bidder’s
Bid, in which event the Procuring Entity shall proceed to the next Lowest Calculated
Bid to make a similar determination of that Bidder’s capabilities to perform
satisfactorily. If the second Bidder, however, fails the post qualification, the
procedure for post qualification shall be repeated for the Bidder with the next
Lowest Calculated Bid, and so on until the Lowest Calculated Responsive Bid is
determined for contract award.
7. PERFORMANCE SECURITY
Upon award, the winning bidder is required to deposit a performance bond whose
form and amount are as follows:
Form of Performance Security
Amount of Performance Security (Equal
to Percentage of the Total Contract
Price)
Cash or cashier’s/manager’s check issued
by a Universal or Commercial Bank. Five percent (5%)
Bank draft/guarantee or irrevocable letter
of credit issued by a Universal or
Commercial Bank: Provided, however,
that it shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a foreign
bank.
Surety bond callable upon demand issued
by a surety or insurance company duly
certified by the Insurance Commission as
authorized to issue such security.
Thirty percent (30%)
Any combination of the foregoing. Proportionate to share of form with
respect to total amount of security
Proportionate to share of form with
respect to total amount of security
The performance bond shall be in the name of the Bureau of Fire Protection Region
1. Failure to post the performance bond within 10 days after receipt of the notice of
award shall mean a refusal to accept the order or contract which is sufficient cause
for the forfeiture of the bidder’s bond.
The supplier’s performance bond will be released in accordance with the provisions
of Act No. 9184 and subject to the provisions of the contract.
Failure of the successful Bidder to comply with the above-mentioned requirement
shall constitute sufficient ground for the annulment of the award and forfeiture of
the bid security, in which event the Procuring Entity shall initiate and complete the
post qualification of the second Lowest Calculated Bid. The procedure shall be
repeated until the LCRB is identified and selected for contract award. However if no
Bidder passed post-qualification, the BAC shall declare the bidding a failure and
conduct a re-bidding with re-advertisement.
SPECIAL PROVISIONS
The issuance of the prescribed bidding form mentioned herein shall not be construed as full and final
recognition of the bidder’s competence, nor shall any previous recognition of competence be
necessarily accepted without question for this particular bidding. The Bureau of Fire Protection
Region 1 reserves the right to review the competence and qualification of the bidders anytime
before the award of contract by further verification of the bidders’ pre-qualification documents, or
by any other satisfactory means. The competence of a bidder shall include adequate preparation of
the bid documents, financial ability to undertake proper and efficient performance of the services
and/or delivery of supplies or equipment for which the bids are submitted.
Revised Bid Form
Bid Form for the Public Bidding of : Procurement of Tires, CY 2016
For : BUREAU OF FIRE PROTECTION REGION 1
Date of Opening : September 19, 2016 (10:00 A.M.)
Lot
#
Item
#
End-
User Qty UOM Item Description
Estimated
Unit Cost
Estimated
Total Cost
Specifications Offered by the Bidder
(Please indicate the brand, model and
specifications of your offer. Also,
please provide brochures as
necessary)
Unit
Cost
Total Cost
1
1
BFP
Region
1
5 pcs Extrication Device 8,000.00 40,000.00
2 5 pcs Responder’s Kit 2,000.00 10,000.00
3 2 pcs Kernmantle Rope (100m), static
(12mm) 40,000.00 80,000.00
4 5 pcs Rescue Harness 8,000.00 40,000.00
5 20 pcs Sam Splints 500.00 10,000.00
6 20 pcs Carabiners, Large D, Alloy 2,200.00 44,000.00
7 5 pcs Fixed Pulley 3,000.00 15,000.00
8 5 pcs Twin Pulley 4,000.00 20,000.00
9 5 pcs Tandem Pulley 4,000.00 20,000.00
10 25 pcs Emergency Blankets 200.00 5,000.00
11 25 pcs Rappel Gloves 2,000.00 50,000.00
12 25 pcs Emergency Head Lamps 2,000.00 50,000.00
13 10 pcs Rescue Helmet 4,000.00 40,000.00
14 3 pcs Spine Board 7,000.00 21,000.00
15 3 pcs Scoop Stretcher 7,000.00 21,000.00
16 1 pc Vacuum Mattress 80,000.00 80,000.00
17 4 pcs Descender 1,500.00 6,000.00
18 3 pcs Rescue 8 Descender 2,000.00 6,000.00
PR # = 2016-09-21 Approved Budget (PhP) = 558,000.00 Total Bid =
Total Approved Budget for the Contract : PHP 558,000.00
Required Bid Bond : ________________________________________________________________________________________________________
Date of Delivery : thirty (30) calendar days from receipt of Notice to Proceed
Price Validity : 120 calendar days from bid opening
TOTAL BID PRICE (in figures) : ________________________________________________________________________________________________________
TOTAL BID PRICE (in words) : ________________________________________________________________________________________________________
Company Name : ________________________________________________________________________________________________________
Address : ________________________________________________________________________________________________________
Phone No. : ________________________________________________________________________________________________________
Fax No. : ________________________________________________________________________________________________________
E-mail Address : ________________________________________________________________________________________________________
Quoted by : ________________________________________________________________________________________________________
Printed Name Signature
RESCUE EQUIPMENT SPECIFICATIONS
1. Extrication Device • Ideal for extricating and immobilizing patients from auto accidents and
other confined spaces. The wrap-around design provides horizontal
flexibility for easy application and vertical rigidity for maximum support
of the spine, neck, and head during extrication.
• Immobilizes the torso, head and neck, enabling prompt extrication
while minimizing risks of further injury. X-rays or advanced life support
procedures can be performed with the extrication device in place.
Includes wrap-around vest, Adjust a-Pad neck roll, two head straps and
a carrying case.
2. Responder’s Kit • Large EMT First Responder Trauma Bag Medical Travel Emergency Aid
Kit
3. Kernmantle Rope • 100m, static (12mm)
4. Rescue Harness • Full Body harness, polyster, with 1pc rear D-ring, 3pcs waist D-ring,
Chest strap and thigh strap connected by carabiner. Comfort on back
• Strength:more than 23kn
5. Sam Splints • Standard (1121 & 1121F): 4.25" x 36"; 4 oz.; roll and flatfold
6. Carabiners • Large D, Alloy
7. Fixed Pulley • Lightweight, compact pulley, Material(s): aluminum side plates,
aluminum sheave
• Certification(s): CE EN 12278, UIAA
8. Twin Pulley • Rope compatibility: 7 to 13 mm,Sheave diameter: 51 mm, Ball bearings:
yes,
Efficiency: 97 %, Maximum working load: 2 x 3 kN x 2 = 12 kN, Weight: 450 g,
Certification(s): CE EN 12278, NFPA 1983 General Use
9. Tandem Pulley • Sheaves mounted on self-lubricating bushings for good efficiency,
Maximum allowable speed: 10 m/s, Attachment point accepts up to
three carabiners to facilitate use, Weight : 195 g, Max. rope diameter :
13 mm, Sheave diameter : 21 mm, Efficiency : 71 %, Working load : 10
kN, Breaking strength : 24 kN, Certification(s) : CE EN 12278, UIAA
10. Emergency Blankets • Size: 52” x 82.5” (132 x 210 cm) Weight: 1.5 oz. (42.5 g)
11. Rappel Gloves • Synthetic leather plam with yellow synthetic leather reinfoicement, EVA
padded, red spandex back with black neoprene knuckles, elastic cuff
with Velcro.
12. Emergency Head Lamps • HL22 120 Lumen Headlamp,
13. Helmet • Rescue Helmt, ABS Shell and expanded polysterene liner, sliding
ventilation slots, four clips for headlamp attachment
14. Spine Board • Made of PE material with no discharge contaminator, and firmness to
wear,it is allowed X-ray. Unfolded Size: 184 cm x 45 cm x 7 cm, Self-
Weight : 7.5 kg, Load Bearing : 159 kg
• With straps and spider strap
15. Scoop Stretcher • Aluminium scoop stretcher, X-ray translucent, Effective hook/unhook
device for stretcher parting, Adjustable length with automatic block,
Bag with n. 3 quick unhook safety belts for patient immobilization
• Capacity: about 170 Kg, Weight: about 10 Kg, Height: about 7 cm,
Width: about 43 cm, Minimum Length: about 167 cm
16. Vacuum Mattress • Restraints with buckles to provide maximum patient security
• With vacuum pump
17. Descender
18. Rescue 8 Descender
Bid-Securing Declaration
REPUBLIC OF THE PHILIPPINES )
CITY OF _______________________ ) S.S.
x-------------------------------------------------------x
BID-SECURING DECLARATION
Invitation to Bid/Request for Expression of Interest No.1 :[Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We2 , the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines
on the Use of Bid Securing Declaration3 , within fifteen (15) days from receipt of the written
demand by the procuring entity for the commission of acts resulting to the enforcement of
the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of
the IRR of RA 9184; without prejudice to other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following
circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to
your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we
filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid/Highest Rated and Responsive Bid4 , and I/we have furnished the performance
security and signed the Contract.
__________________________________________________________________________________
1 Select one and delete the other. 2 Select one and delete the other. Adopt same instruction for similar terms throughout the
document. 3 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012. 4 Select one and delete the other.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is/are personally known to me and was/were identified by me through
competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-
SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with
his/her photograph and signature appearing thereon, with no. ______ and his/her Community Tax
Certificate No. _______ issued on ______ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____
17
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after
having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of
Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated
representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and
authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name
of the Project] of the [Name of the Procuring Entity];
If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do,
execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding
as shown in the attached [state title of attached document showing proof of authorization (e.g., duly
notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or
any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or
international financing institution whose blacklisting rules have been recognized by the Government
Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of
the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
18
If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the
Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the
Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working
Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and
the project consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name
of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management
Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil
degree;
7. [Name of Bidder] complies with existing labor laws and standards;
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]; and
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form
of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the
government in relation to any procurement project or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.
______________________________________
[Bidder’s Representative/Authorized Signatory]